The RFP Database
New business relationships start here

Blanket Purchase Agreement for Title Services for


Nebraska, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Blanket Purchase Agreement for Title Services for 12 Tracts at Sleeping Bear Dunes National Lakeshore.
Project consists of title services to include: title commitments, title insurance policy, title examinations, closing, escrow, preparation of documents, filing of documents in the appropriate county records, recording, and related services for twelve (12) tracts to be acquired by the National Park Service (NPS).
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
(ii) This combined synopsis/solicitation is issued as a request for quotation (RFQ) under solicitation number: 140P6019Q0027
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03, dated 12 Jul 2019. The FAC is available at: http://farsite.hill.af.mil/.
(iv) The NAICS Code for this procurement is 541191, Title Abstract and Settlement Offices. The Small Business Size Standard is $11.0 million.
(v) This combined synopsis/solicitation is for the following commercial items:
Title services for twelve (12) tracts located in Michigan counties of Benzie and Leelanau in accordance with the Scope of Work and all addenda.
(vi) This contract is for title services to include: title commitments, title insurance policy, title examinations, closing, escrow, preparation of documents, filing of documents in the appropriate county records, recording, and related services for twelve (12) tracts to be acquired by the United States of America (USA) by the National Park Service (NPS).
(vii) All work specified shall be completed no later than September 9, 2021.
(viii) All offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.
This is a Request for Quotations (RFQ) for a Blanket Purchase Agreement (BPA) for a period of two years from date of award.
The Government anticipates a firm-fixed price award resulting from this RFQ to the responsible offeror whose conforming offer is in the best interest of the Government.
All vendors must be registered and current in the System for Award Management (SAM) at: http://www.sam.gov, to include updated Online Representations and Certifications.
Unless amendments are issued extending the RFQ, the Quotations are due by 2:00 p.m., (CST), August 27, 2019. Award is expected on or about September 5, 2019. The actual award and effective date may be different as circumstances dictate.
Requirements: The Contractor shall provide title services in accordance with the Scope of Work (SOW) and all addenda.
The point of contact for administrative matters is Dorothy Qualley, Purchasing Agent. Any questions regarding this solicitation must be submitted in writing via email to: dorothy_qualley@nps.gov
Period of Performance: 09/10/2019 to 09/09/2021
ADDENDUM to 52.212-1 -- Instructions to Offerors -- Commercial Items (OCT 2018)
This is a request for quotations (RFQ). This RFQ is for a Firm-Fixed Priced contract. Your firm is requested to provide the items as set forth in the attached Scope of Work (SOW), provided agreement can be reached as to the price and other terms of the contract. You are requested to submit a quotation to the National Park Service Attn: Dorothy Qualley, via Email to dorothy_qualley@nps.gov.
To assure timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors.
The offeror shall submit in their quotation all requested information specified in this section of the Request for Quotation (RFQ) at or before the exact time specified. Failure to meet a requirement may result in an offer being ineligible for award.
This request does not constitute a notice to proceed with performance of the services nor shall it be considered as a commitment on the part of the Government. Your cooperation in submitting the requested information within the time specified is appreciated.

Instructions for responding with your quotation:

1.    Any Questions pertaining to this solicitation must be sent via email to dorothy_qualley@nps.gov on or before September 11, 2019. All questions will be answered in an Amendment to this solicitation and posted on fbo.gov.
2.    Quotations shall be submitted electronically to dorothy_qualley@nps.gov
3.    All quotations must be submitted by the due date in order to be considered.
4.    At a minimum, offers must include:
a.    The completed Standard Form 18:
i.    Complete blocks 11c, d, e, f and all parts of blocks 13, 14, 15 and 16.
ii.    Provide your companies DUNS number and CAGE code under which your offer is made.
iii. See sections highlighted in Provisions and Clauses and complete as required. A completed copy of the representations and certifications can be found at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically.
(1)    Required Documents showing:

Factor I Technical Capability:

Previous Experience: Provide a minimum of three examples of work, but no more than five, of previous projects completed within the last three years, which are of similar size and scope as this project. Describe the project requirement, work performed, and final outcome. Information should be short and concise, but provide the Government with enough detail to determine if the offeror meets the Government's technical criteria.

Factor II Past Performance:

Provide contact information for all examples in Factor I above. Information shall include contact name, firm or organization they represented, phone number, address, and email address.

Factor III Price:

Provide a lump sum price with a breakdown of costs for each line item. Price will be subjectively evaluated considering total cost of all items to reach the best value for the Government with all factors considered.

The vendor shall provide the items in accordance with the following attachments:
1.    Combined Synopsis/Solicitation
2.    Scope of Work
3.    Clauses and Provisions

Please be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to the Department of Interior (DOI) and National Park Service (NPS).

(End of Addendum)

(ix) FAR 52.212-2, Evaluation, Commercial Items. This acquisition will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used.
The Government anticipates awarding a contract resulting from this solicitation to the responsible offeror submitting the quotation that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price
(x) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications.
(xi) FAR 52.212-4, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies. 52.212-4 (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government.
(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.223-18, 52.225-13, 52.232-33, 52.232-34, 52.237-1, and 52.237-2 apply to this acquisition.
(xiii) The Contractor shall comply with the attached Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil.
All vendors who can meet this requirement, have a valid Dun & Bradstreet Number (DUNS) and have an active registration in the System for Award Management (SAM) are invited to submit a quotation for this posted RFQ. The website for SAM is: https://www.sam.gov/portal/SAM/.
(xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. N/A
(xv) Quotations are due no later than 2:00 p.m., (CST), August 26, 2019 via email to dorothy_qualley@nps.gov.
(xvi) For information regarding this solicitation contact Dorothy Qualley, (402) 661-1664, dorothy_qualley@nps.gov

Vanderzanden, Diana

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP